Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 10, 2008 FBO #2480
DOCUMENT

D -- Ericsson ATM and Turin Networks Broadmore Training - HC1021-08-T-2034

Notice Date
9/8/2008
 
Notice Type
HC1021-08-T-2034
 
NAICS
611420 — Computer Training
 
Contracting Office
Defense Information Systems Agency, Procurement Directorate, DITCO-Europe, Unit 4235, Box 375, APO, Sembach, Germany, 09136-5375, United States
 
ZIP Code
09136-5375
 
Solicitation Number
HC1021-08-T-2034
 
Response Due
9/15/2008
 
Archive Date
9/30/2008
 
Point of Contact
Christine Morgan, Phone: 49(0)6302 9227 22, Christel L Johnson, Phone: +49 6302 922723
 
E-Mail Address
christine.morgan@disa.mil, christel.johnson@disa.mil
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial non-personal services prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. This combined synopsis/solicitation is being issued by the Defense Information Technologies Contracting Organization, Unit 4235 Box 143, APO AE 09142 or Heuberg 143, Sembach Germany 67681. RFQ No HC1021-08-T-2034 applies. The requirement is for a Firm Fixed Price Commercial item type contract in accordance with the procedures detailed in FAR 13.5. The proposed acquisition will require the contractor to provide ATM Essentials, ATM Internetworking, ATM Troubleshooting, and Turin Networks Broadmore Operation and Maintenance training in accordance with the Statement of Work detailed below: STATEMENT OF WORK as of 29Aug08 Ericsson Asynchronous Transfer Mode (ATM) and Turin Networks Broadmore Training Courses •1.0 REQUIREMENTS: •1.1. The contractor shall provide all training material, labor and travel necessary to conduct four (4) training classes for eight (8) personnel per class. The training shall cover ATM Essentials, ATM Internetworking, ATM Troubleshooting, and Turin Networks Broadmore Operation and Maintenance in accordance with the course outline in paragraph 1.3. The ATM training shall be based on the Ericsson TNX-1100 and TNX-210 ATM switches. The contractor shall provide a certified instructor who is familiar with military systems and communications requirements. •1.2. The contractor shall ensure all training can be completed in a maximum of 12 calendar days of which 10 are classroom days. A typical day is defined as starting between 0730 - 0800 and finishing between 1630 - 1700. To ensure a successful class, the contractor shall identify, prepare and distribute any required project(s) before, during and following the class. •1.3 Course Outline (order of material to best suite the learning environment) •1.3.1 Summary of ATM Basic Concepts •1.3.2 ATM Cell Format •1.3.3 Call Set-up and Clearing Down •1.3.4 Service Classes •1.3.5 ATM Reference Model •1.3.6 ATM Layers Detail •1.3.7 Adaptation Layers •1.3.8 OAM Flows •1.3.9 ATM Switching •1.3.10 ATM Interfaces •1.3.11 ATM Management •1.3.12 ATM Applications •1.3.13 Ericsson ForeView Introduction •1.3.14 Ericsson Service On Data Introduction •1.3.15 Turin Networks Broadmore Operation and Maintenance •1.4 The contractor shall provide a program schedule to USAFE CSS/SCML no later than 10 days after award. The schedule should be based on the required curriculum, the availability of the instructors, and the availability of government-provided training facilities and equipment. The contractor shall coordinate the use and access of facilities with USAFE CSS/SCML reference point of contact in Paragraph 4.0 •1.5 The contractor shall travel to Ramstein Air Base, Germany. Travel costs shall be included in the overall contract price. The government will assist the contractor in finding billeting if desired. Travel costs will be in accordance with the Joint Travel Regulations (JTR). •1.6 The contractor shall provide to each student (within 30 days of the last formal class session) a transcript and certificate, indicating successful completion of the course. The contractor shall also provide a copy of each student's transcript and certificate to the address in Paragraph 1.7 below. Contractor will provide training materials to be kept by each student. •1.7 The contractor may send advance materials and supplies to the following addresses: USAFE CSS/SCML Unit 3325 APO, AE 09094 Email: usafecss.scml@ramstein.af.mil Phone: +49-6371-477872 USAFE CSS/SCML Attn: Scott Ormiston +49-6371-477872 Bldg 404 Door 5 Flugplatz Post 66877 Ramstein-Miesenbach Germany •2.0 GOVERNMENT FURNISHED SUPPLIES AND SERVICES: The government will provide a suitable training site, audio-visual equipment, writing surfaces, and other miscellaneous supplies. The use of telephone and/or fax services will be provided to the contractor during the scheduled course day. In addition, the government will make available four (4) TNX-210, two (2) TNX-1100, six (6) Turin Network Broadmore 500/1700 devices, and six (6) computers in a training lab set-up. The government will provide student names and training site availability dates to the contractor. The government will provide necessary base passes to the contractor. 3.0 PAYMENTS : Partial payment is authorized. The Government will provide payment upon completion of individual courses, delivery of student certificates, receipt of contractor invoice, and government acceptance. 4.0 NOTES: All government coordination will be handled by the Tech Control Modernization Program (TCF-MP) Office at the following: TCF-MP Program Manager USAFE CSS/SCML Unit 3325 APO, AE 09094 Email: usafecss.scml@ramstein.af.mil Phone: +49-6371-477872 The following provisions/clauses apply to this acquisition: 52.212-1, Instructions to Offers- Commercial Items; 52.212-3, Offeror Representations and Certifications- Commercial Items; 52.212-4, Contract Terms and Conditions-Commercial Items; 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items;. 252.212-7000, Offeror Representations and Certifications - Commercial Items or certification that these have been completed online via Online Representations and Certifications application (ORCA) at https://orca.bpn.gov/; 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; 252.204-7004, Required Central Contractor Registration; 252.209-7001, Disclosure of Ownership or Control by the Government of a Terrorist Country; DFARS 252.204-7004, 252.212-7001, 252.212-7001(b),. 52.212-2, Evaluation - Commercial Items: (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government. The following factors will be evaluated: technical capability of item being proposed, price, and delivery schedule in compliance with the requirements of this solicitation, with price being the most significant factor. (b) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time from acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award; Submission of Offers: Submit signed and dated offers to the office specified in this synopsis/solicitation at or before the exact time specified in this synopsis/solicitation. As a minimum, offers must show - •(1) The solicitation number; •(2) The time specified in the synopsis/solicitation for receipt of offers; •(3) The name, address, and telephone number of the offeror; •(4) Terms of any express warranty; •(5) Price and any discount terms; •(6) "Remit to" address, if different than mailing address; •(7) A completed copy of the representations and certifications at FAR 52.212-3 and 252.212-7000 or certification that they have been completed via ORCA; •(8) Acknowledgment of Synopsis/Solicitation Amendments; •(9) If the offer is not submitted on the SF 1449, include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the synopsis/solicitation. Offers that fail to furnish required representations or information or reject the terms and conditions of the synopsis/solicitation may be excluded from consideration. •(10) Documentation detailing Technical Capability •(11) EFT Information Questions are due no later than 10 September 2008. Quotations are due no later than 0800 CET 15 September 2008. Section 508 applies. Email your proposals to DITCO/PL512, Attn: Christine Morgan, Christine.Morgan@disa.mil and PL512@disa.mil, Unit 4235 Box 143, APO AE 09142 49+ 63029227512. Oral proposals are not acceptable. All FAR/DFAR clauses can be obtained at www.far.npr.gov & http://farsite.hill.af.mil/VFFARa.htm). No numbered notes apply.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=c96969eeb7b8b76ba5efc599a073fb19&tab=core&_cview=1)
 
Document(s)
HC1021-08-T-2034
 
File Name: HC1021-08-T-2034 (HC1021-08-T-2034.doc)
Link: https://www.fbo.gov//utils/view?id=a19cf6ca3ed82f0543b7e7f730b5034d
Bytes: 111.50 Kb
 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: USAFE CSS/SCML, Attn: Scott Ormiston +49-6371-477872, Bldg 404 Door 5, Flugplatz Post, Ramstein-Miesnbach, 66877, Germany
 
Record
SN01663717-W 20080910/080908222556-c96969eeb7b8b76ba5efc599a073fb19 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.